You are on page 1of 14

Bid Number/बोली मांक ( बड सं या) : GEM/2023/B/3756283

Dated/ दनांक : 28-07-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 18-08-2023 15:00:00

Bid Opening Date/Time/ बड खुलने क तार ख/समय 18-08-2023 15:30:00

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Railways

Department Name/ वभाग का नाम Indian Railways

Organisation Name/संगठन का नाम Northern Railway

Office Name/कायालय का नाम Northern Railway

Custom Bid for Services - Comprehensive Housekeeping kitchen


Item Category/मद केटे गर management and other allied works at TKD Running Room No1
for the period of two years

Contract Period/अनुबंध अविध 2 Year(s)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत वा षक 270 Lakh (s)
टनओवर (3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 Year (s)
अपे त वगत अनुभव के वष

Past Experience of Similar Services


Yes
required/इसी तरह क सेवाओं का पछला आव यक अनुभव है

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Bidder Turnover,Certificate (Requested in


ATC),Additional Doc 1 (Requested in ATC),Additional Doc 2
(Requested in ATC),Additional Doc 3 (Requested in
Document required from seller/ व े ता से मांगे गए ATC),Additional Doc 4 (Requested in ATC)
द तावेज़ *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by the
buyer

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

1 / 14
Bid Details/ बड ववरण

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 2 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Estimated Bid Value/अनुमािनत बड मू य 53972051.89

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 420000

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 10.00

Duration of ePBG required (Months)/ईपीबीजी क


26
अपे त अविध (मह ने).

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the relevant
category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service Providers for
Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy./जेम क शत के अनुसार
ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है । एमएसई केटे गर के अंतगत केवल व तुओं के िलए
विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के दायरे से बाहर रखा गया है ।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन जमानत रािश,
जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
SR. DFM/DLI, NORTHERN RAILWAY
STATE ENTRY ROAD, DRM OFFICE NEW DELHI
(Sr. Dfm/dli, Northern Railway)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन Yes

MSE Purchase Preference/एमएसई खर द वर यता

2 / 14
MSE Purchase Preference/एमएसई खर द वर यता Yes

1. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st March of the
previous financial year, should be as indicated above in the bid document. Documentary evidence in the form of certified
Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant / Cost Accountant indicating
the turnover details for the relevant period shall be uploaded with the bid. In case the date of constitution / incorporation
of the bidder is less than 3-year-old, the average turnover in respect of the completed financial years after the date of
constitution shall be taken into account for this criteria.
2. Years of Past Experience required: The bidder must have experience for number of years as indicated above in bid
document (ending month of March prior to the bid opening) of providing similar type of services to any Central / State
Govt Organization / PSU / Public Listed Company. Copies of relevant contracts / orders to be uploaded along with bid in
support of having provided services during each of the Financial year.
3. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as defined in
Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued by Ministry of
Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned Ministry. If the bidder
wants to avail the Purchase preference for services, the bidder must be the Service provider of the offered Service.
Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the offered service. If L-1
is not an MSE and MSE Service Provider (s) has/have quoted price within L-1+ 15% of margin of purchase preference
/price band defined in relevant policy, then 100% order quantity will be awarded to such MSE bidder subject to
acceptance of L1 bid price. OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public
Procurement Policy for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India)
Order, 2017.
4. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and for
determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc. This has no
relevance or bearing on the price to be quoted by the bidders and is also not going to have any impact on bid
participation. Also this is not going to be used as a criteria in determining reasonableness of quoted prices which would
be determined by the buyer based on its own assessment of reasonableness and based on competitive prices received in
Bid / RA process.
5. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services over the
last three years i.e. the current financial year and the last three financial years(ending month of March prior to the bid
opening): -
1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the estimated cost;
or
2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated cost; or
3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated cost.

Additional Qualification/Data Required/अित र यो यता /आव यक डे टा

Instruction To Bidder:1690540187.pdf

Scope of Work:1690540226.pdf

Service Level Agreement (SLA):1690540745.pdf

Payment Terms:1690540753.pdf

Penalties:1690540761.pdf

GEM Availability Report ( GAR):1690540770.pdf

Custom Bid For Services - Comprehensive Housekeeping Kitchen Management And Other
Allied Works At TKD Running Room No1 2 For The Period Of Two Years ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

3 / 14
Specification Values

Description /Nomenclature of Service Proposed Comprehensive Housekeeping kitchen management and other allied
for procurement using custom bid functionality works at TKD Running Room No1 2 for the period of two years

Regulatory/ Statutory Compliance of Service YES

Compliance of Service to SOW, STC, SLA etc YES

Addon(s)/एडऑन

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

The quantity
of
Consignee procurement Additional
S.No./ .सं
Reporting/Officer/परे Address/पता "1" indicates Requirement/अित र
. आव यकता
षती/ रपो टग अिधकार Project based
or Lumpsum
based hiring.

110044,Office of Senior Crew


Controller, New running Room
1 Akshatanand Tiwari 1 N/A
Building, Near Railway Station and
Metro Station, Tuglakabad

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25 percent
at the time of issue of the contract. However, once the contract is issued, contract quantity or contract duration
can only be increased up to 25 percent. Bidders are bound to accept the revised quantity or duration

2. Generic

Bidder financial standing: The bidder should not be under liquidation, court receivership or similar proceedings,
should not be bankrupt. Bidder to upload undertaking to this effect with bid.

3. Payment

PAYMENT OF SALARIES AND WAGES: Service Provider is required to pay Salaries / wages of contracted staff
deployed at buyer location first i.e. on their own and then claim payment from Buyer alongwith all statutory
documents like, PF, ESIC etc. as well as the bank statement of payment done to staff.

4. Service & Support

Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers for
Service Support.

5. Forms of EMD and PBG

4 / 14
Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary name

SR. DIVISIONAL FINANCE MANAGER/NR/DELHI


Account No.
30768733055
IFSC Code
SBIN0000631
Bank Name
STATE BANK OF INDIA
Branch address
CHANDNI CHOWK, DELHI
.
Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of on-line
transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.

6. Buyer Added Bid Specific Scope Of Work(SOW)

Text Clause(s)

SCOPE OF WORK
Name of work:“Comprehensive Housekeeping& kitchen management and other allied works at TKD Running Ro
om No.1 &2 for the period of two years.”
Scope of work to be executed against different items of work concerned under the contract shall be as under.

Item of work No-1.


Comprehensive housekeeping & other allied works at TKD Running Room No.1 & 2.

It will include following works.


1.0 Preparation & serving of food to running staff on round the clock basis.
1.1 The contractor shall arrange to preparation of vegetarian food (i.e. Lunch, dinner & Breakfast) at Running
Room in kitchen and serve the food on dining tables for the running staff. The raw material of food will be p
repared & served within 30 minute after receipt of the raw material from an occupant.
1.2 In case the raw material of food is not supplied by an occupant, a necessary arrangement is required to b
e made by the contractor to supply readymade food (i.e., breakfast, Tea. Lunch & dinner) to the occupant,
as per his requirement & such occupant may be charged directly by the contractor against supplying of foo
d material to him, as per rates displayed by Railway in the Railway canteen of nearest Railway station. The
rate list of each item will be displayed on notice Board in Running Room by the contractor, after approval of
the running room in-charge.
2.0 Provision of crockery, cooking utensils, gas stoves, kitchen appliances, R.O system and other
specified equipments.
2.1 The contractor will arrange for utensils for preparing meals and service. He will arrange for all the
material required for cleaning & washing of utensils. The utensils will normally be of stainless steel, fit for fo
od items in case of plastic or of taflon coated utensils, except for some of the utensils of like Tava, kadahi, f
rying pan etc.
2.2 The contractor will ensure availability of LPG pipeline system & adequate number of LPG stoves with suita
ble system of supply of LPG in commercial cylinders in every kitchen.
2.3 The contractor will provide crockery /cutlery, serving dishes, cooking utensils and other kitchen equipment
for the running room to serve around 30 persons at a time in running room No.1 and 20 persons at a time i
n running room No.2, at any point of time.
2.4 The contractor will ensure the installation and maintenance of R.O system and its TDS value in prescribed li
mit.
3.0 Following minimum equipment’s shall be provided in TKD Running Room:
SN Item Type Qty. in Running Qty. in Runni
Room No.1. ng Room No.
2.
To serve 20 pe
1. Crockery/Cutlery Stainless steel To serve 30 people ople at any poi
at any point of time nt of time.
.
-Do-
2. Serving dishes Stainless steel -Do-
15 Nos.
3. Tea Mug Good quality of any reput 25 Nos.
ed brand

5 / 14
4. Water jug for room Stainless steel 46 Nos. 25 Nos.

50 Nos.
5. Tumblers glass for rooms Stainless steel 92 Nos.
03 Nos. of 4 bu
6. LPG stoves 4/2 burner, Prestige, Sun f 06 Nos. of 4 burner rners & 02 Nos
lame, Glane or any repute s & 03 Nos. of 02 b . of 02 burners.
d brand with ISI mark. urners.
1825 No commercial Gas cylinders for
7. Commercial LPG cylinder Indane, Hindustan Petrole both running rooms
um, Bharat Petroleum
03 Nos
8. Electric Chimney Heavy duty Sun flame, Gl 05 Nos
ain or any other reputed b
rand with ISI mark.
01 Nos
9. Grinder Mixer Heavy duty Sumit, Bajaj, P 02 Nos.
hilips, Sujata or any other
reputed brand.
01 Nos.
10. Refrigerator (of at least 230Lts C Samsung, Godrej, LG, Whi 01 Nos.
apacity) rlpool or any other repute
d brand.

02 Nos
11 Exhaust Fan in Kitchen Heavy duty and any reput 04 Nos
ed brand with ISI mark
To serve 20 pe
11. Cooking Utensils Reputed make as approve To serve 30 people ople at any poi
d by incharge. The contra at any point of time nt of time at T
ctor shall arrange for addi at TKD R.R or as pe KD R.R or as p
tional cooking utensils as r actual requireme er actual requi
per actual requirement. S nt. rement.
hall be decided by supervi Minimum requi
sor in charge of the Railwa Minimum requirem rement is as
y. ent is as follows: follows:
Kadahi-04, Bhagon Kadahi-03, Bha
a-04 Nos (05 Ltrs.), gona-03 Nos (0
Bhagona-03 Nos. 5 Ltrs.), Bhago
na-03 Nos.
(07 Ltrs.) T
ava-04 Nos., Fry Pa (07 L
n-06 Nos., Tea Pot- trs.) Tava-04 N
06Nos.Tea cattle-0 os., Fry Pan-05
2 ltr (02 Nos), Woo Nos., Tea Pot-0
den Belan-08 Nos., 6Nos.Tea cattl
Chakla-06 Nos.,Par e-02 ltr (02 No
at-04 Nos. s), Wooden Bel
an-07 Nos., Ch
akla-06
Nos.,Parat-04
Nos.
3 Lts. = 03 Nos.
13. Pressure Cooker Hawkins, Prestige, United 3 Lts. = 05 Nos. &
or any reputed brand with 5 Lts. = 03 Nos.
ISI mark. &

5 Lts. = 04 Nos.
04 Nos.
14. Electric insect killer with two tub Any reputed brand. 04 Nos.
es 20W each.
01 No. with a ca
15. Water Cooler Any reputed brand. 02 No. with a capac pacity at least 2
ity at least 200 Ltrs 00 Ltrs. per hrs f
. per hrs for dining or dining hall.
hall.

6 / 14
16. Water Purifier Any reputed brand 01 No. with capacit 01 No. with capa
y of at least 200 Ltr city of at least 2
(RO plant System) s. per Hrs. 00 Ltrs. per Hrs.

Dustbin – 01 No.
17. Dustbins for Room/Kitchen and Any reputed brand. Dustbin – 01 No. pe per room of 05 K
Mug & bucket in bathroom (Suita r room of 05 Kg cap g cap.
ble capacity) . Kitchen- 02 Nos.
of 50 Kg. Cap. w
Kitchen- 02 Nos. of ith covered lid.
50 Kg. Cap. with co Bucket-1 No. 20
vered lid. Lts. Cap. in each
Bucket-1 No. 20 Lts Bathroom of
. Cap. in each Bath Plastic.
room of Plastic. Mug -01 No. of i
n each bathroo
Mug -01 No. of in e m & toilet.
ach bathroom & toi
let.
01 Nos.
18. Fully automatic Washing machin Any reputed brand. 01 Nos.
e at least 06 kg capacity, with au
tomatic dryer.
02 Nos.
19. Automatic electric iron with folde Any reputed brand. 02 Nos.
d trolley table.
01 Nos.
20. Cellular Phone handset / Samsung, Nokia or any ot 01 Nos.
her reputed Brand
GSM Cordless Phone
5 6 Nos per bed
21. Hawai Chappal Relaxo, Rexona, Lakhani, 96 Nos per bed per per six months
Action six months

01 Nos
22. Supply of All in one Desktop com DELL,HP& ASUS 01 Nos
puter with Processor: Dual core (
core count 2) Processor Base Fre
quency 3.30 GHz Cache, 3 MB S
mart Cache, i3 2120 with DDR3
SDRAM; RAM: 4 GB DDR3L-1600
SDRAM (1 x 4 GB); Hard Drive: 1
TB SATA 7200rpm Hard Drive; G
raphics Card: 1 GB, NVIDIA with
Display Port/HDMI or DVI support
; Monitor: 23" widescreen LCD wi
th Display Port/HDMI or DVI supp
ort.

Minimum 1 TB External hard driv


e having Hard drive interface of
USB 1.1, Feature of Quick file tra
nsfer(above 120 Mbps) with USB
3.0 connectivity, 18 inch USB 3.0
Cable, Quick Start Guide, Seagat
e Dashboard Backup Software, N
TFS Driver Make and model: Sea
gate, WD Element

7 / 14
23. Supply of Laser Printer: Laser Pri TVS, Epson, HP & Canon o 01 Nos 01 Nos
nter, having print resolution of 6 r any reputed brand.
00 x600 (dpi), Print speed up to
14 ppm (mono) Print Cartridge:
HP LaserJet Print Cartridge, Cartr
idge paper size: A4, Black Print S
peed (ppm):14, Port:1USB, Powe
r Consumption per Hr (Operating
) :315 Watts, Power Consumptio
n (Standby) per Hr: 3 Watts, Co
mpatible Operating System: Win
dows 98 SE, 2000, Me (print driv
er only), XP Home, XP Profession
al, Server 2003; Mac OS or later.
Connectivity: Hi-speed USB 2.0,
Supported Media Types: Paper, e
nvelopes, labels, cardstock, tran
sparencies, postcards.

01 Nos
24. Supply of UPS:Single Phase Sine SUKAM,MICROTEK,LUMINU 01 Nos
Wave Line Interactive UPS 1000 S,GENIUS,APC
VA based on PWM technology, In
put Voltage: - 135-300 Volts, 50
Hz, Out-put Voltage: -230 V +-9
% AC, 50 HZ, AVR range in AC m
ode:- 135-300 V. UPS shall be pr
otected against over load , over
voltage , short circuit , deep disc
harge & over charging of the bat
tery. UPS shall be complete with
SMF 2X12 Volt 7.2 AH Battery f
or 40-50 minutes battery back-u
p conforming to IS:8702 Pt 1,2 &
3. LED Display for indications of
Mains /Fault / Power On-Off. Havi
ng Minimum manufacturer warra
nty of 3 Years UPS shall be simila
r to Make-Microtek Model:-TwinG
uard TGE 1000+, Make: - Siemen
s, Microtek , Su-Kam , Luminous
,Genus , APC ..
1 no. per Room ever 1 no. per Room
25. Doormat/Kitchen,Bathroom,Dinin Any reputed brand. y six months every six month
g Room s

3.1 The quantity of equipment’s should be increased, if required to maintain smooth and trouble free service. M
aintenance and upkeep of above items shall be responsibility of the contractor. Prior permission of Sr.DEE/R
SO/NDLS would be required for any reduction. Prior approval of type/make/brand of any equipment sh
all be taken from the in charge of the running room.

The above material including M&P /T&P, except for desktop computer & printer, will be the sole property of t
he contractor. However, he shall ensure availability of the above items in the concerned Running Room durin
g the entire contract period. He shall not shift any item from the premises of the running room without prior
permission of Sr.DEE/RSO/NDLS or his authorized representative. The contractor shall make necessary a
rrangement for proper up keep of the above equipments, including entering in to AMC for RO pl
ant, LPG pipe line. He shall also ensure for fortnightly checking of LPG pipe line for any damage/
leakage. He will also arrange for regular cleaning of water tank of water cooler.

3.2 The desktop computer & printer shall be brand new. The desktop computer and the printer shall become sol
e property of the Railways as soon as it is supplied by the contractor and shall remain the sole property of Rai
lway after completion of the contract. However, maintenance & upkeep of the computer system & printer, du
ring the validity of the contractor, shall be responsibility of the contractor.
4. Upkeep, cleaning and maintenance of running room& Lobby premises

8 / 14
4.1 Contractor has to keep the running room premises, bathrooms/toilets etc., neat & clean by brooming/washin
g/Mopping in daily routine (i.e., 24 hrs. daily).
4.2 Contractor has to remove spider webs & do cleaning of windows, doors, ceiling fans,exhaust fans and locker
s etc. with wet clothes and washing of bathroom & toilet floor at least once in a day.
4.3 Contractor has to keep all the rooms, verandah, bathrooms, toilets, all the furniture, windows, doors, electric
al fittings and the steel lockers etc. dust free and insect free for which he has to spray Finite or any other sui
table insecticide solution etc., regularly. He shall also arrange for spray of suitable anti-mosquito and anti-fly
chemicals. He shall also arrange for anti-termite and pesticide treatment of furniture, mattresses etc.
4.4 The contractor has to keep the running room premises green by providing flower plants to keep the environ
ment eco-friendly. Contractor has to maintain the garden inside the premises of running room.
4.5 Cleaning shall be done continuously throughout the day & night by deploying regular man power. Adequate
man power shall be deployed for exhaustive cleaning in the morning and evening.
4.6 Arrangement are to be made to provide at least two mosquito repellent machines with anti-mosquito liquid
agent with reputed brand per room by the contractor on round the clock basis. The brand of the liquid agent
will be approved by the running room in charge. For bigger rooms, the contractor shall provide extra mosquit
o repellent machine. Total number of such machines required on such rooms shall be decided by the running
room incharge.
4.7 Contractor will arrange for all the consumable material required as per list. The consumable material quantit
y increased or decreased as per requirement.
S.N. Description of item of Work Unit Quantity for per m
onth
1 All out/ Good Night ( Machine) Nos. 20
2 All out/ Good Night ( Refill) Nos 320
3 Naphthalene Ball (100gm) Nos 05 kg
4 Disinfectant (Phenol) Nos. 20 ltr
5 Broom Nos. 20 Nos
6 Soft Broom Nos. 10Nos
7 Mopping cloth (30”x30”) Nos. 108 nos
8 Room Freshner-270 mi Nos. 10
9 De- odoniser (Odonil) Nos. 30
10 HCL Acid Litre 15lts
11 Wiper Long(18”) Nos. 06
12 Wiper Small(16”) Nos. 06
13 Lime/ Chuna powder Kg. 10
14 Harpic / Lizole Litre 50 lts
15 Hand Wash Liquid-200 ml Nos 70 Nos
16 Hypochlorite Sanitizer Litre 05 Lts
17 colin ltr 10ltr
18 Vi m Powder Kg 100 kg
19 Surf Kg 25 kg
20 Toilet Brush Nos 05 nos
21 Bleaching powder Kg 10 kg
22 Mosquito Spray (liquid) Kg 05 Ltr

4.8 Contractor will arrange for all the material required for cleaning like broomgoa, odonil, cotton cloth, cleaning
agents, acid, mopper, phenyl and naphthalene balls etc.
4.9 Complaints regarding building, water and electricity are to be given in writing by the contractor to the runnin
g room in charge or any authorized representative of the Railway.
4.10 The contractor has to fill up water jugs after cleaning the jug properly as and when required.
4.11 Contractor has to provide attendants to serve cold drinking water in the jug as and when required by runnin
g staff in the Running room.
4.12 The contractor will have to plant, raise and maintain the garden and greenery of the running room compoun
d.
4.13 Contractor will arrange for removal and proper disposal of biodegradable and non- biodegradable garbage fr
om the Running room premises.
4.14 Contractor will provide a dustbin each in all rooms & commercial dustbins in kitchens for wastage material.
4.15 Pest control to be done in alternative month.
4.16 Engineering/Civil and electrical repair of the entire running room will normally be responsibility of the concer
ned department of the Railway administration. However, in order to avoid delay in attention of petty repairs
and consequent inconvenience to the running room occupants, the contractor will provide skilled man power
for petty repair like changing of defective elements of geysers, water taps & petty repairs of furniture. For su
ch petty repairs, the material required with normally be supplied by Railways. However, in case of urgency, t

9 / 14
he contractor may be required to arrange of such material required for the petty repairs. However, liability of
the contractor for supply of such petty repair material, in the event of urgency, shall not exceed Rs.10,000.00
+ GST Excludes per month against the contract. The contract shall maintain proper record of such expenditu
re made in every month in the format approved by running room in charge.

4.17 Requisite no. of manpower for kitchen services (Schedule item no. 1) should be as per “Other t
erms & Condition of Contract” & housekeeping/ cleaning work as decided by site in charge.

5.0 Allotment of beds and management of linen.


5.1 Contractor has to allot the bed to all the incoming running staff in running room. The duty of contractor will
make up beds for running staff by providing neat and clean bed sheet, pillow cover, Mosquito nets and blank
ets. This linen will be supplied by the Railways. Entry of each occupant will be endorsed in occupancy regist
er on his arrival and on leaving R/room by the contractor.
5.2 The contractor will also arrange for entry of bed allotment and running room occupancy details in the deskt
op computer system supplied against this contract. The format of such entries and frequency of the entries w
ill be decided by the running room in charge. The contractor shall provide a literate and competent computer
data operator for handling all such computer data feeding works.
5.3 Contractor will arrange for washing, drying and ironing of linen (bed sheets, pillow cover, mosquito nets etc.
) after every use. Washing of curtains of the running room & dry cleaning of blankets shall be arranged at le
ast once a month or as and when directed by R/room in charge. The contractor shall ensure good quality of cl
eaning of linen and dry cleaning of blankets.
5.4 The major stock of linen and useable bed sheet will be kept by contractor in his own personal space or (God
own). Washing / pressing/dry cleaning of Linen & Blankets will be done by the contractor at his personal spa
ce outside the R/room premises. No electricity, water & space will be provided by the Railway for this purpos
e.
5.5 In case any bed-sheet, pillow cover and blanket is lost or damaged, the cost of the same shall be recovered
from the bills or security of the party concerned, on the basis of Railway LAR.
5.6 The contractor shall pack the washed & ironed Bed sheets, Pillow covers and dry cleanedwoollen Blankets in
Paper/Polythene/fabric based envelop. Two Bed sheets and one pillow cover in one Paper/Polythene/fabric ba
sed envelop & one Blanket in Paper/Polythene/fabric based envelop.
6.0 Provision of call man and other outdoor services.
6.1 Contractor may depute specified number staff per shift for miscellaneous work, not specified in the contract
. This may include assisting driver to carry his belongings from lobby to loco etc., if required.
6.2 Contractor has to make necessary arrangements of safety and security of Railway property and belongings
of the running staff who are living in the running room round the clock.
6.3 On receipt of the call book from Lobby/TKD, contractor call man will serve the call book to concerned runnin
g staff in running room or at running staff residence if required and will take their signature with acknowledg
ement on the call book.
7.0 Provision of Wi-Fi & R/R/ Occupancy facility system.
7.1 Provision of Wi-Fi for daily update for occupancy in available computer in Running Room.

OTHER TERMS & CONDITIONS OF CONTRACT


The special conditions laid down herein are integral part of the contract conditions. In case of any conflict betwee
n special conditions and general conditions of contract, the former shall prevail.

1. Arrangements are made to handle an overall occupancy of 250 Nos. running staff per day in Guard and Loc
o Pilot TKD Running Room No.1 & 2 . Occupancy of Running staff may increase or decrease as per train oper
ation. Loco Pilots, Assistant Loco Pilots, Loco Inspector, Traffic Inspector, Railway Guards are in running staff.
2. The contractor shall ensure that all the staffs available in the Running Room on duty are always wearingthe
uniform with name plate &contractors badge. He shall get the uniform approved by Sr.DEE/RSO/NDLS or his
authorized representative. Contractor has to get every staff medically examined at his own cost by a compe
tent medical officer and their medical reports, with a validity of maximum one year, are to be submitted after
every one year to the running room in charge. If any staff is found sick, the contractor has to replace him by
another suitable and fit staff immediately. Every employee engaged by the contractor should wear neat & cl
ean dress.
3. Contractor has to maintain an occupancy register on prescribed Performa as approved by the Railways. Con
tractor will obtain signature of each of the running staff at the time of their “Check In” and “Check Out” of th
e Running Room. The register will be maintained monthwise. This occupation register has to be submitted to
the running room in charge after end of each month.
4. Contractor has to supply three News papers (at least two of Hindi & one of English) and three Magazines (at
least two of Hindi and one of English) in the reading room of the running Room for the use of occupants of the
running room. List of newspapers & magazines shall be finalized in consultation with running room in charge.
5. Contractor has to provide matriculate but not graduate care taker cum computer operator round the clock
who will work as per the directions of the running room In-charge and will also work as representative of the

10 / 14
contractor for compliance of the instructions immediately.
6. The contractor will maintain a register for attendance and payment of salary to the staff as per terms and c
onditions of “Minimum Wages Act” which can be inspected at any time by the competent authority. The cont
ractor is fully responsible to properly maintain the record of attendance, payment, provident fund if applicabl
e, compulsory deduction, if any, insurance etc. as per relevant laws and Acts in force labour laws approved b
y the Govt. of India. All staff working under contractor shall have bank account and payment shall be made t
hrough Bank on minimum wages act.
7. The contractor shall provide one SIM for running room of reputed mobile phone service provider for the cell
ular phone handset specified against the contract. He shall keep the above SIM/SIMs activated during the ent
ire contract period. The above phone handset & SIM will be available with the contractor staff on duty. All th
e charges for the above phone connection shall be borne by the contractor.
8. During the execution of the contract, responsibility for any act of the staff shall be of the contractor. If any d
amage occurs on account of laxity in safety, the entire responsibility shall be of the contractor. If any accide
nt/injury is caused in execution of the contract to the running staff and or to Railway property due to any laxi
ty in the execution of the contract by any staff of the contractor, the contractor shall bear the entire cost of l
oss so happened. The decision of Sr.DEE/RSO/NDLS will be final in this regard.
9. The contractor staff shall clean and sanitize with good quality sanitizer such as sodium hypo chloride (or as
approved by Railway) the kitchen and rooms i.e. dining tables including chairs, refrigerators, beds, side table
s, chairs etc. or as instructed by Railway site in-charge.
10. The contractor shall ensure that their staff should be equipped with good quality 3 ply mask, hand gloves a
nd surgical cap during duty hours to avoid any risk of getting infection.
11. The Contractor staff has to feed the data in RRM system and report maintained on weekly basis of the occu
pant.
12. Contractor shall to abide by the standing labour laws for employment of his staff. The contractor will himself
obtain the labour license for this. In case of any injury/ accidents to any employee of the contractor, it will be
personal responsibility of the contractor for their proper treatment and keeping his staff healthy.
13. The contractor has to keep a complaint register available all the time in the reception counter of the Runnin
g Room.On the basis of the nature of complaint in complaint register, the signature of Tenderer(s) Signature
of Railway Official With their seal. Complaints will be forwarded to the concerned department and its disposal
will be indicated in the register.
14. No person, except for the running staff, is authorised to use the facilities of the running room. In case, any p
erson is found using the facilities of running room unauthorisedly, a fine of Rs. 1000/- per person may be imp
osed on the contractor.
15. If anybody is found consuming alcohol in the premises of the running room, irrespective of fact whether run
ning staff or the contractor employee, a fine of Rs. 500/- per person may be imposed on the contractor. In ca
se any Running staff asks for liquor/alcohol from the contractor, the representative of contractor will immedi
ately bring this into the notice of the Running Room In charge and matter has to be recorded in the complain
t register.
16. A room or any other suitable storage space will be provided by the Railway, free of cost to the contractor for
keeping his stores, tools &equipment’s and use as rest room/space for his staff. The staff employed by the co
ntractor shall not use any other facility of running room.
17. Railway will be provided water and electricity, free of cost, to the contractor for the execution of different w
orks against the contract.
18. Following fines will be imposed on the contractor for different lapses or deficiencies in services by the contr
actor or his staff. These fines will be deducted from the monthly bill of the contractor and will be binding on t
he contractor.

S Fine will be imposed as per following table. Fine imposed in Rs.


N

a 200/- per complaint.


For not providing food within 30 minutes to Running Staff after su
pplying raw material to cook at R/Room.

b 200/- per complaint.


Any complaint regarding not cleaning of water tanks, bathroom/to
ilet.

c 100/- per complaint.


Any Complaint regarding supplying dirty linen to the occupant.

d 1000/- per incident.


Misplacing or loss of complaint register/call book.

11 / 14
e Complaint regarding choking of drainage system of toilet/bathroo 500/- per complaint.
m/kitchen and /or over flowing manhole of R/room

f 500/- per complaint.


Complaint regarding non-maintenance lawns of R/Room.

g 1000/- per complaint.


Complaint regarding non-cleaning and/or improper cleaning of the
R/room & its surroundings.

h 200/- per day


Complaint regarding defective computer and/or printer.

i 500/- per complaint.


Complaint regarding defective R/O system/refrigerator/ washing
machine/water cooler.

j 500/- per person short


Complaint regarding non deployment of required number of staff.

k 100/- per complaint.


Complaint regarding non supply of requisite nos. of newspapers a
nd/or magazines.

l 250/- per complaint.


Complaint regarding defective electric chimney or LPG stove or an
y other kitchen appliance.

m 100/- per person


Complaint regarding non-availability of proper uniform and/or ide
ntity card with the contractor staff on duty.

Non compliance of provision of Minimum Wages Act 15000/-per instance


o Delay in feeding of occupancy data in computer 50/ 100/- per day
For any other complaint, except above, the decision of Sr. DEE/RSO will be final. However, total fine in monthly bill
normally will not exceed 10% of the bill amount or as per limit prescribed in GCC, if any, whichever is on higher si
de.
19. The employee appointed by the contractor will not be deemed as Railway employee under any circumstanc
e and no claim for any service in the Railway, in future, shall be admissible on the account.
20. The Running Room in charge will supervise execution of the contract on behalf of the Railway administration
. In case of any dispute, the decision of the Sr.DEE/RSO will be final and binding on the contractor.
21. If it is felt necessary to close the contract in view of operational constraints prior to the prescribed period of
contract, Sr. DEE/RSO or his authorized representative may terminate the contract on a one month notice.
22. Railway administration reserves the right to transfer the control of Running Room from Sr.DEE/RSO/New Del
hi to any other branch officer in the interest of administration.
23. All the staff engaged by the contractor will have the identity cards duly authorized by railway administration
. These must be available with them at the time of duty. The contractor has to submit advance copies of suc
h identity cards and bio-data of the staff engaged by him to Railway administration before authorizing them f
or duty.
24. Fines on different lapses on account of contractor representative, as specified on different paragraph of the
document, will be imposed on contractor and same will be deducted from the monthly bill of the contractor a
nd contractor has to accept it out rightly.
25. Contractor will carry out all the work showed in description of work through his staff provided in adequate n
umbers. It will be ensured that no stage the deployment of semi-skilled and un- skilled workers is less than th
e minimum requirement strength of 67 No. of staff to maintain the quality of service. The minimum number
of staff tobe deployed in TKD Running Room No.1& 2 at any time is 67 persons of different categories (Semi
-skilled & un-skilled).The average number of staff expected to be deployed during execution is as under. TK
D RUNNING ROOM NO.1 & 2:
SN Total staff to be deploy
Designatio Shift –I Shift-II Shift-III ed in Running Room No.
n 1 & 2 at TKD per day in
(8-16 Hrs) (16- 24 Hrs) (0-8 Hrs) different shift.
R/R-1 R/R- R/R-1 R/R-2 R/R-1 R/R-
2 2

12 / 14
1. Care Taker 01 01 01 01 01 01 06 Semi-skilled

2.
Cook (RRC) 04 02 04 02 04 02 18
3.
Rest keepe 03 03
r
4. Un-skilled
Bearer (Ind 04 02 04 02 04 02 18
oor) (RRB)
5.
Bearer (Ou 02 02 02 02 02 02 12
tdoor)
6.
Call man 02 02 02 06
7.
Rest keepe 04 04
r
Total
67
Note:-(Total 67 staff deployed by contractor in running room at TKD Running No.1 & 2 in which
27nos.Semi-Skilled labour and 40 nos. unskilled labour to be deployed in Running/Room No.1
& 2.)

26. In the special terms and condition of the tender will be enforced. In case of any dispute, the special terms a
nd condition of the tender will prevail over the General Conditions.
27. The amount payable to the contractor in a month shall be worked out as per actual number of
occupants per day on the basis of Rate in Rs. per occupant per day for every day from first to las
t day of the month. The bill shall be prepared every month after deductions of fines etc. impose
d during the month for which bill is going to be prepared.
28. The work is required to be carried out in best workmanship manner.
29. All necessary tools, equipment’s consumable and other materials etc., required for the execution of work ag
ainst the contract, shall be arranged by the contractor.
30. The contractor shall use only good quality cleaning agents and air / room refreshers etc. These cleaning age
nts and refreshers etc. should be approved by the running room in charge before starting the work.
31. The contractor shall submit the bio-data of all the employees, including supervisor at site, befo
re taking up of the job. The concerned running room in charge will inform to RPF authority regar
ding the contractor’s employee deputed to work inside the complex.
32. The cost of any damage to any Railway property, incurred during the execution of work, shall be borne by t
he contractor. It shall be binding on the contractor.
33. If any staff /worker of the contractor are found to be indulging in undesirable and/or illegal activities, the co
ntract may be terminated.
34. The contractor shall be responsible for the safety of his workman during the course of contract. It is made cl
ear that no claim/compensation of any sort shall be admissible against the contract for any type of accident/i
ncident involving contractor’s labour.
35. The contractor shall ensure that, without prior written permission of the Railway, their employees shall not r
emain in the Railway premises after completion of their specified timings or on completion of their work und
er this contract.
36. Use of intoxicant, zarda, khaini, tobocoo, bidi, cigrate etc. by the staff is strictly prohibited in the entire runn
ing room premises.
37 Complaints of running staff, if any, in this regard, shall be dealt with severely and will attract penalty.
38. The contractor shall not be allowed to offer any catering services beyond the scope of the contract unless agr
eed by the Sr.DEE/RSO/DLI.
39. Addendum and corrigendum to the ‘Special/Other Terms and Conditions may be issued as and when necessa
ry and the tenderers shall have no objection to it.

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent Authority in
Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses on the bidding
process, its outcome, and consequences thereof including any eccentricity / restriction arising in the bidding process due
to these ATCs and due to modification of technical specifications and / or terms and conditions governing the bid. Any
clause(s) incorporated by the Buyer regarding following shall be treated as null and void and would not be considered as

13 / 14
part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum issued
by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any Category item
bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without specifying
equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the case may
be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of this bid,
they can raise their representation against the same by using the Representation window provided in the bid details field
in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer is duty bound to reply to all
such representations and would not be allowed to open bids if he fails to reply to such representations.

This Bid is governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in Service
Level Agreement, then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which shares a land
border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to undertake compliance of

this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action in accordance with the laws./जेम क
सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द पर ितबंध के संबंध म भारत के साथ भूिम
सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा जब वह बड दे ने वाला स म ािधकार के पास
पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी गलत घोषणा कए जाने व इसका अनुपालन न करने पर
अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई का आधार होगा।

---Thank You/ ध यवाद---

14 / 14

You might also like